USNS LUCY STONE (T-AO 209) PSA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, MSCHQ NORFOLK, has issued a Solicitation (N3220526R6052) for the Post Shakedown Availability (PSA), also referred to as Regular Overhaul/Dry-Docking (ROH/DD), of the USNS LUCY STONE (T-AO 209). This is a Firm Fixed-Price contract. Proposals are due June 12, 2026, at 17:00 EST.
Scope of Work
The contract requires the preparation and accomplishment of the ROH/DD for the USNS LUCY STONE (T-AO 209). This includes scheduled maintenance (Category A Work Instructions, WIs) and potentially unscheduled maintenance (Supplemental WIs), as detailed in Attachment J-2. The government reserves the right to descope Category A WIs. Specific work items are outlined in Attachment J-1 (WI Package - Specifications). Optional Category "B" Work Items cover services such as Physical Security, Continuation of Services, CPP Blade Machining, and Drydocking/Undocking the vessel, with pricing details in Attachment J-3.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: January 18, 2027, to June 3, 2027 (for CLINs 0001AA, 0001AB, 0002AA, 0005, 0006) and June 6, 2027 (for Option Line Item 0004).
- Solicitation Closing Date: June 12, 2026, at 17:00 EST (extended by Amendment 0001).
- Requests for Information (RFCs) Deadline: May 29, 2026, at 17:00 EST (extended by Amendment 0001).
- Published Date: May 1, 2026.
- Set-Aside: None specified.
Submission & Evaluation
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE). Evaluation will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Technical factors include understanding the WI Package, ability to perform the WI Package, and management control and quality assurance. Past performance and price are also evaluation factors. The Government intends to award without discussions but reserves the right to hold them if necessary.
Key Attachments & Requirements
Bidders must review several attachments, including:
- J-1 (WI Package - Specifications) and J-2 (Pricing Breakdown) for detailed work items.
- J-3 (Contractor Price Breakdown) for cost proposals.
- J-4 (GFP Attachment) for Government Furnished Property details.
- J-7 (MSC Ship Repair Facility Survey) and J-11 (Dry Dock Evaluation Form) to demonstrate facility capabilities.
- J-12 (Past Performance Data) and J-13 (Past Performance Questionnaire) for past performance evaluation.
- J-14 (Technical NDA), which must be signed for access to technical data.
- J-10 (Interport Differential), which provides costs to be added during evaluation.
- J-8 (RFC template) for submitting questions.
- A Contract Data Requirements List (CDRL), DD Form 1423, Exhibit A, specifies data submission requirements.
Additional Notes
Amendment 0001 incorporated answers to RFCs, updated Work Instructions, and added FAR Clause 52.222-90, "Addressing DEI Discrimination by Federal Contractors". An inspection of the USNS LUCY STONE was scheduled for April 22-23, requiring pre-registration.